SOURCES SOUGHT
D -- Satellite Telecommunication Services
- Notice Date
- 8/4/2005
- Notice Type
- Sources Sought
- NAICS
- 517410
— Satellite Telecommunications
- Contracting Office
- Defense Information Systems Agency, Procurement and Logistics, DITCO-Scott, 2300 East Dr. Building 3600, Scott AFB, IL, 62225-5406
- ZIP Code
- 62225-5406
- Solicitation Number
- Reference-Number-HC1013-05-COMMSATCOM
- Response Due
- 9/3/2005
- Archive Date
- 9/5/2005
- Description
- Purpose: This Sources Sought Synopsis is requesting responses ONLY from small businesses that can provide the required services under the North American Industry Classification System (NAICS) Code 517410, Satellite Telecommunications Carriers/Resellers, with an associated size standard of $12.5M receipts/year or less. In addition to Small Businesses, this Synopsis is encouraging responses from qualified and capable Service Disabled-Veteran Owned Small Businesses, Veteran-Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, Small Disadvantaged Small Businesses, Small Business Joint Ventures, Consortiums and Teaming Partners. This Sources Sought Synopsis is issued to assist the agency in performing market research to determine whether or not there are qualified and capable Small Businesses to provide systems engineering and integration (SE&I) services to procure and integrate Commercial Satellite Communications (COMMSATCOM) fixed satellite service (FSS) for the Department of Defense (DOD). Background: COMMSATCOM is an essential component of today?s DOD communications. Current capacity of on-orbit Military Satellite Communications (MILSATCOM) systems cannot meet the increasing communications demands of the joint warfighters. To augment the existing MILSATCOM capacity, DOD leases capacity on commercial satellites and procures or leases terminals to satisfy operational requirements. The current services include leased C- and Ku-band COMMSATCOM world-wide bandwidth totaling approximately 4 GHz. Along with leasing bandwidth, DOD contracts for associated SE&I services such as planning, engineering, network operations center support, service level agreement (SLA) management, operational spectrum monitoring of leased service, turn-key service, earth terminal installation, host nation agreements, licensing, troubleshooting assistance, and administrative support. These services are obtained through multiple contractors that procure bandwidth from multiple global and regional service providers around the world. Orders are placed for both short notice requirements (i.e., several hours) and more preplanned acquisitions (i.e., a few weeks). Services are typically one year in duration and usually include option years. The nature of the SE&I work requires a minimum facility clearance of SECRET and staff will require appropriate clearances. Sources Sought: Two or more qualified and capable small businesses must submit responses that demonstrate their qualifications to make a determination for a small business set-aside. Responses must demonstrate the company?s ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). Interested small businesses meeting the small business standard of NAICS code 517410 are requested to submit a response to the Contracting Officer within 30 days of issuance of this RFI. Late responses will not be considered. Responses should provide the business?s DUNS number and CAGE code and include a statement of self certification under the NAICS code. Additionally, responses should include recent (within the past five years) and relevant experience (work similar in type and scope) to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers where the responder performed the relevant work. Marketing brochures and/or generic company literature will not be considered. Not addressing all the requested information may result in the Government determining the responder is not capable of performing the scope of work required. Responses must describe the company?s demonstrated ability to perform the work detailed in the above background section and in the following specific areas: 1. Lease FSS C-, X-, Ka-, and/or Ku-band bandwidth on a world wide basis on behalf of an enterprise consumer from multiple global and regional providers to include negotiating lease portability, where portability is defined as moving existing service from one transponder to another and one coverage region to another. Responses must include: the amount of bandwidth leased; demonstrated examples where the amount of bandwidth leased has earned ?valued? or ?favored? customer status from the service providers; how this experience can be applied to the scale (i.e., up to 4 GHz world-wide) necessary to support DOD; and, the cost and timeliness of invoking lease portability. 2. Determining feasibility (e.g., link budget analysis) and leasing technical solutions in response to high-level communications requirements including obtaining FSS licenses and host nation agreements/landing rights to activate the leased service. Include metrics (shortest, average, and longest) on the company?s observed ability to obtain host nation agreements/landing rights. 3. Implementing strategies that optimize performance or minimize enterprise lease costs (e.g., combining multiple FSS service requests across services/geographic areas to achieve economic order quantities) in an on-going or long term basis. 4. Providing quick reaction FSS service (i.e., several hours) on behalf of an enterprise consumer including measured response times, if available. 5. Integrating multiple sources of RF spectrum and FSS link and terminal status information into an enterprise-level situational awareness picture. Monitoring and reporting performance and providing rapid customer response to outages/degradations including measured response times, if available This Sources Sought Synopsis is issued solely for information and planning purposes. Responses should be no more than 25 pages and will be provided electronically to commsatcom.rfi@disa.mil. The government may request additional information from those responding to this RFI to adequately assess qualifications. This synopsis does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Responders are advised that the U.S. Government will not pay for any information or administrative cost incurred in response to this announcement. Proprietary information or trade secrets should be clearly identified. All information received that is marked Proprietary will be handled accordingly. Responses to the Sources Sought Synopsis will not be returned.
- Place of Performance
- Address: Worldwide
- Record
- SN00862028-W 20050806/050804211545 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |